The RFP Database
New business relationships start here

Cadastral Surveying Fire Landlines Osceola NF


Florida, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT




Synopsis:

The purpose of this announcement is to request Architect and Engineering qualification information for the USDA Forest Service, National Forests in Florida, Osceola National Forest in Columbia County (near Lake City).  This is a sources sought for cadastral surveying services for fire landlines.

Description:

Architect-Engineer (AE) firms shall submit their SF-330s showing the firm’s ability to provide and are certified to perform cadastral surveying within the State of Florida, Columbia County.  The project is to survey and mark 15 miles of boundary lines on the Osceola National Forest; funding is currently available for 15 miles however depending on availability of additional funding, significantly more miles may be added to this project and may include the Ocola National Forest in Marion County (near Ocola) and/or Apalachicola National Forest in Franklin, Leon, Liberty, and Wakulla Counties (near Tallahassee).  Wood posts will be set every 100 feet along the boundary line, and the posts and corridor will be cleared and painted according to Forest Service specifications.  Damaged monuments will be re-monumented, and survey grade quality State Plane Coordinate will be provided on every monument and corner cards provided to the Forest Service.  No survey plat/sketch will be required unless a trespass is found.  The project magnitude with the current funding is between $25,000.00 and $100,000.00 and if additional funding becomes available, the project magnitude will be between $100,000.00 and $250,000.00.

 

The A-E Process:

The A-E Process utilizes the procedures set forth in Federal Acquisition Regulation (FAR) Part 36.6.  For this A-E project that is estimated total fee under the Simplified Acquisition Threshold (currently $250,000) agencies will review submitted date files for eligible A-E firms, perform a technical review and evaluation to determine the three (3) most highly qualified firms, and have discussions with the three (3) firms to determine the best qualified firm for that particular project. A price proposal will then be requested from the highest technically rated firm. If a reasonable price cannot be negotiated, discussions will be held with the second best qualified firm, and so on. The A-E's ability to provide licensed professionals in the State where the project is located (FAR 36.602-1(a)(1) and the firm's geographic proximity and knowledge of the local area (FAR 36.602-1(a)(5)) as identified on the A-E's SF330 and supplemental information, will be used for the first preliminary screening of firms.

Large Businesses may submit SF330s; this is not set aside for small businesses. 

 

Submittals:

Submittals shall be brief and concise.  Only the first fifty (50) pages of your response will be reviewed. Initial review would determine if a firm is minimally qualified to do work for the Federal Government as described.  The following information is required and is part of the 50 page limit:

1.      Attachment A - A&E Submittal Cover Sheet.

2.      Attachment B - SF330, Parts 1 and 2 (6 pages).  Part 2 of the SF330 includes a list of the number of licensed professionals for each of the function code identified in block 9 of Part 2 of the SF330.  https://www.gsa.gov/reference/forms?search_keyword=330

3.      Provide your DUNS number and ensure your System for Award Management (SAM) record is active.  SAM registration is required for award of federal contracts and to be considered for this project. NAICS Code 541370 should be listed on your SAM record.  Contractors may register in SAM at https://www.sam.gov.  Registration is free of charge to all Government Contractors.

 

Please note: FAR 36.602-1(a) requires “Professional qualifications necessary for satisfactory performance of required services.”  The respondent should be familiar with requirements specific to the different locations and be available to travel to the location for any necessary site visits. 

All information shall be submitted via email (preferred method) or mail (not both).  The Email address is Kelly.b.updegraff@usda.gov. ; Reference the sources sought number and title in the email Subject Line. If mailed, reference the sources sought number and title on the envelope and mail to:

 

USDA FOREST SERVICE

ATTN: Mr. Kelly Updegraff, Contracting Officer

4931 Broad River Road

Columbia, SC 29212

 

 

Submittals must be received on 20 August 2019 by 12:00 p.m. EST.

 

Questions related to this announcement shall be referred to Adrien Rodriguez at adrien.rodriguez@usda.gov and CC Kelly Updegraff at kelly.b.updegraff@usda.gov. Only questions received in writing will be entertained.  To provide adequate response times, emails received after 1200 PM EST on 14 August 2019 may not be answered.   

 

FAR Clauses and Provisions:

52.204-19 – Incorporated by Reference of Representations and Certifications (DEC 2014)

52.216.23 – Executions and Commencement of Work (APR 1984)

52.216-24 – Limitations of Government Liability (APR 1984)

52.216-25 – Contract Definitization (OCT 2010)

52.222-50 – Combating Trafficking in Persons (JAN 2019)

52.223-18 – Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

52.225-13 – Restrictions on Certain Foreign Purchases (JUNE 2008)

52.232-39 – Unenforceablility of Unauthorized Obligations (JUN 2013)

52.233-4 – Applicable Law for Breach of Contract Claim (OCT 2004)

52.236-23 – Responsibility of the Architect-Engineer Contractor (APR 1984)

52.236-24 – Work Oversight in Architect-Engineer Contracts (APR 1984)

52.236-25 – Requirements for Registration of Designers (JUNE 2003)

52.244-6 – Subcontracts for Commercial Items (JAN 2019)

 

 

The Solicitation Provisions are for solicitation purposes only.  They will be physically removed from any resultant award, but will be deemed to be incorporated by reference in the award.

 

52.252-1 – Solicitation Provisions Incorporated by Reference.  (Feb 1998)

52.212-4 – Contract Terms and Conditions—Commercial Items. (OCT 2018)

52.204-6 – Unique Entity Identifier (OCT 2016)

52.204-7 – System for Award Management. (OCT 2018)

52.204-16 – Commercial and Government Entity Code Reporting (JUL 2016)

52.204-17 – Ownership or Control of Offeror (JUL 2016)

52.204-18 – Commercial and Government Entry Code Maintenance (JUL 2016)

52.212-1 – Instructions To Offerors – Commercial Items   (OCT 2018)

52.212-3 – Offeror Representations and Certifications -- Commercial Items. (OCT 2018)

52.225-25 – Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation and Certifications (AUG 2018)

52.233-2 – Service of Protest (SEP 2006)

 

52.216-1  Type Of Contract (APR 1984)

 

The Government contemplates award of a Firm Fixed Priced contract resulting from this solicitation.

 

 

Attachments:

Attachment 1 – SF-330

 


Kelly B Updegraff, Contract Specialist, Phone (803) 561-4093, Fax (803) 561-4010, Email kelly.b.updegraff@usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP